Tender

Supported Living Services for People with Learning Disabilities

  • London Borough of Brent

F02: Contract notice

Notice identifier: 2024/S 000-041407

Procurement identifier (OCID): ocds-h6vhtk-04cca2

Published 23 December 2024, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Brent

Brent Civic Centre, Engineers Way

Wembley

HA9 0FJ

Contact

Mr Bhavin Mistry

Email

corporate.procurement@brent.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supported Living Services for People with Learning Disabilities

Reference number

DN754721

two.1.2) Main CPV code

  • 85200000 - Veterinary services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender which is for care and support services at the six supported living sites for adults with learning disabilities for a term of 3 years with the option to extend by yearly periods up to a maximum of 2 years (3+1+1) as outlined below:

Lot 1: Learning Disabilities Supported Living Service at Preston Road and Woodhill Crescent

Lot 2: Learning Disabilities Supported Living Service at Beechcroft Gardens and Manor Drive

Lot 3: Learning Disabilities Supported Living Service at Gladstone Park Gardens and Ruby Street

Please refer to individual contract values which are listed in the Specifications for each Lot.

two.1.5) Estimated total value

Value excluding VAT: £8,802,380

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1 Preston Road & Woodhill Crescent

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

The six sites are dedicated to serving vulnerable adults with a learning disability, and or those diagnosed as being on the autistic spectrum disorder. This will include some tenants who present with behaviour that may challenge. The services were designed to provide supported living accommodation which enable service users to live more independently, promote their wellbeing and reduce the potential of having to move to more restrictive forms of care, such as residential care services.

All six sites are existing services with existing service users living at the properties.

The opportunities have been developed on the basis of geographical proximity and number of units.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The duration of the contracts for the 3 Lots will be for a period of three years with the option to extend for a further two years on a one plus one basis (3+1+1) subject to satisfactory performance of the successful providers.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Beechcroft Gardens and Manor Drive

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

The six sites are dedicated to serving vulnerable adults with a learning disability, and or those diagnosed as being on the autistic spectrum disorder. This will include some tenants who present with behaviour that may challenge. The services were designed to provide supported living accommodation which enable service users to live more independently, promote their wellbeing and reduce the potential of having to move to more restrictive forms of care, such as residential care services.

All six sites are existing services with existing service users living at the properties.

The opportunities have been developed on the basis of geographical proximity and number of units.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The duration of the contracts for the 3 Lots will be for a period of three years with the option to extend for a further two years on a one plus one basis (3+1+1) subject to satisfactory performance of the successful providers.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 Gladstone Park Gardens & Ruby Street

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

The six sites are dedicated to serving vulnerable adults with a learning disability, and or those diagnosed as being on the autistic spectrum disorder. This will include some tenants who present with behaviour that may challenge. The services were designed to provide supported living accommodation which enable service users to live more independently, promote their wellbeing and reduce the potential of having to move to more restrictive forms of care, such as residential care services.

All six sites are existing services with existing service users living at the properties.

The opportunities have been developed on the basis of geographical proximity and number of units.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The duration of the contracts for the 3 Lots will be for a period of three years with the option to extend for a further two years on a one plus one basis (3+1+1) subject to satisfactory performance of the successful providers.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 February 2025

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

7 February 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

7 The Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).